Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

43 -- Purchase of GASO Parts - Brand Name Only

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office Attn: Myra Cordero -- 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R11PS34074
 
Response Due
3/7/2011
 
Archive Date
2/28/2012
 
Point of Contact
Myra Cordero, (928) 343-8134 Contract Specialist 9283438134 mcordero@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The RFQ number is R11PS34074. This announcement constitutes the only RFQ; quotations are being requested and a written RFQ will not be issued. This announcement will close at 3:00 p.m., local time, on March 7, 2011. The Bureau of Reclamation, Yuma Area Office has a requirement to purchase the following Wheatley-Gaso parts. This is a Brand Name only acquisition. BRAND NAME JUSTIFICATION: This requirement is for replacement of mechanical components for the Yuma Desalting Plant (YDP) Sludge Pumps, Wheatley-Gaso Inc. Horizontal End Suction Pumps Series 2652. The Sludge Pumps are used to pump lime slurry from the YDP to the disposal site located 22 miles away. If we do not have the necessary parts to repair the sludge pumps, the sludge has to be trucked around the clock, which is prohibitively expensive and a great burden on Yuma Area Office personnel. We need to purchase these spare parts for the Wheatley-Gaso Sludge Pumps to keep them in operation. UNIQUE FEATURES OF THE PARTICULAR BRAND NAME PRODUCT: The design, materials of construction, and fabrication of these parts are proprietary to Wheatley-Gaso. They were engineered by Wheatley-Gaso to fit into their pumps, function correctly with the rest of the componentry and meet Wheatley-Gaso's proprietary design requirements; and are the only compatible source. This procurement is 100 percent set-aside for small business concerns. Large businesses are encouraged to submit quotes in the event that responsive small business quotes are not received. The associated North American Industrial Classification System code is 333911 and the Small Business Size Standard is 500 employees. Quotations shall include, proposed delivery in days, pricing for items with shipping included in unit price, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Contractor shall furnish the following Wheatley-Gaso items: LINE ITEM NO. 0001, QUANTITY - 8 EACH/UNIT PRICE $___________; TOTAL $__________Spring, Valve, Sludge Suction, Pump, parts for Government-Owned Wheatley-Gaso Inc., Sludge Horizontal End Suction Pump, Series 2652, Serial Number 48533, With Liquid End Serial Number 9332; Part No. GAS-100949-000 LINE ITEM NO. 0002, QUANTITY - 8 EACH/UNIT PRICE $___________; TOTAL $__________Seat, Valve, Sludge Suction, Pump, parts for Government-owned Wheatley Gaso Inc., Sludge Horizontal End Suction Pumps, Series 2652, Serial Number 48533, With Liquid End, Serial Number 9332; Wheatley-Gaso 105274 LINE ITEM NO. 0003, QUANTITY - 8 EACH/UNIT PRICE $___________; TOTAL $__________O-Ring, Valve Cover, Sludge, Suction Pump, parts for Government-Owned Wheatley Gaso Inc., Sludge Horizontal End Suction Pumps, Series 2652, Serial Number 48533, With Liquid End, Serial Number 9332; Part No. GAS-105275-000 LINE ITEM NO. 0004, QUANTITY - 8 EACH/UNIT PRICE $___________; TOTAL $__________Valve, Sludge Suction Pump for Gaso, parts for Government-Owned Wheatley/Gaso Inc., Sludge Horizontal End Suction Pump, Series 2652, Serial Number 48553, With End Liquid End, Serial Number 9332; Wheatley GAS 105275 LINE ITEM NO. 0005, QUANTITY - 4 EACH/UNIT PRICE $___________; TOTAL $__________Rod, Piston for Gaso Pump, parts for Government-Owned Goulds/Gaso Model 2652l, Duplex Piston Pump, Serial No. 48532/9332. Wheatley-Gaso Part No. GAS-112791-E09 LINE ITEM NO. 0006, QUANTITY - 4 EACH/UNIT PRICE $___________; TOTAL $__________Liner, Cylinder, Positive Sludge Pump, for Government-owned Gaso Pump Inc., Sludge Pump, Model 265l, Serial Number 48532/9332; Part No. GAS-100919-B25 LINE ITEM NO. 0007, QUANTITY - 4 EACH/UNIT PRICE $___________; TOTAL $__________Packing, Ring Liner, Sludge, Suction Pump, parts for Government-owned Wheatley Gaso Inc., Sludge Horizontal End Suction Pumps Series 2652, Serial No. 48533 With Liquid End Serial No. 9332; Wheatley-Gaso Part No. GAS 102623-000 LINE ITEM NO. 0008, QUANTITY - 4 EACH/UNIT PRICE $___________; TOTAL $__________Piston, Slush Type, Sludge, Suction Pump, parts for Government-owned Wheatley-Gaso Inc., Sludge Horizontal End Suction Pumps, Series 2662, Serial No. 48533, With Liquid End Serial No 9332; Part No. GAS 105413-000 LINE ITEM NO. 0009, QUANTITY - 4 EACH/UNIT PRICE $___________; TOTAL $__________Nut, Hex, Heavy, Sludge Pump, Piston Rod, parts for Government-owned Wheatley Gaso Sludge Pump; Part No. GAS-103924-000 Delivery shall be FOB Destination to: Bureau of Reclamation, Yuma Area Office, Warehouse, 7301 Calle Agua Salada, Yuma, AZ 85364. All items shall be delivered not later than 4 weeks after receipt of award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival. Shipments are only allowed during business hours of Monday through Friday, 7:30 a.m. to 3:30 p.m. No shipments shall be made on Federal Holidays. Vendors are reminded that effective October 1, 2003; prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS or CAGE Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the Internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the RFQ. Evaluation Criteria: Award will be made to the lowest responsive, responsible offeror who meets the Government's need. This RFQ incorporates provisions and clauses in effect through FAC 2005-48. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://farsite.hill.af.mil/vffara.htm. The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items (June 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2011) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2011), the referenced clauses: (1) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010), (2) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (3) 52.219-28 Post Award Small Business Program Representation (April 2009), (4) 52.222-3 Convict Labor (June 2003), (5) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (July 2010), (6) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (7) 52.222-26 Equal Opportunity (Mar 2007), (8) 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010), (9) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (September 2010), (10) 52.225-1 Buy American Act - Supplies (February 2009), (11) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (12) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008) incorporated by reference, 52.212-3 Offeror Representations and Certifications - Commercial Items (January 2011) (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. At a minimum, responsible sources shall provide the following: (1) A price quote on letterhead for the requested item(s) along with a description of proposed item; (2) Unit Price and Extended Price; (3) Prompt payment terms; (4) Remittance address; (5) Duns Number and Cage Code. This announcement will close at 3:00 p.m., local time, on March 7, 2011. Questions regarding this requirement shall be addressed to Ms. Myra Cordero, who can be reached at 928-343-8134. Offerors shall submit their quotes via email to mcordero@usbr.gov or facsimile to 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1dbe582066fcd273e9af39b580b4051f)
 
Place of Performance
Address: Unknown
Zip Code: 85364
 
Record
SN02389311-W 20110302/110228234414-1dbe582066fcd273e9af39b580b4051f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.